The Department for Business, Energy and Industrial Strategy (BEIS) is using Delta eSourcing to run this tender exercise
Notice Summary |
---|
Title: | Climate Finance Accelerator - Monitoring Evaluation and Learning Partner |
Notice type: | Contract Notice |
Authority: | The Department for Business, Energy and Industrial Strategy (BEIS) |
Nature of contract: | Services |
Procedure: | Open |
Short Description: | Evaluation services for the four-year Climate Finance Accelerator (CFA) programme covering Colombia, Mexico, Nigeria and up to six other countries to be identified. The specific objectives of the contract are to: i) Evaluate programme activities on a frequent basis to examine whether the CFA is achieving its intended outputs, outcomes and impact. ii) Give strategic advice on adaptations that could improve programme performance. iii) Lead on programme learning. |
Published: | 22/01/2021 16:18 |
View Full Notice
Section I: Contracting Authority
I.1) Name and addresses
The Department for Business, Energy and Industrial Strategy (BEIS)
1 Victoria Street, London, SW1H 0ET, United Kingdom
Tel. +44 2072152967, Email: internationalclimateandenergy.procurement@beis.gov.uk
Contact: Charlotte Finlay
Main Address: https://www.gov.uk/government/organisations/department-for-business-energy-and-industrial-strategy
NUTS Code: UKI
I.2) Joint procurement
The contract involves joint procurement: No.
In the case of joint procurement involving different countries, state applicable national procurement law: Not provided
The contract is awarded by a central purchasing body: No.
I.3) Communication
The procurement documents are available for unrestricted and full direct access, free of charge, at: https://www.delta-esourcing.com/tenders/UK-UK-London:-Research-consultancy-services./FC6387SUQH
Additional information can be obtained from: the abovementioned address
Tenders or requests to participate must be sent electronically via https://www.delta-esourcing.com/tenders/UK-UK-London:-Research-consultancy-services./FC6387SUQH to the abovementioned address
Electronic communication requires the use of tools and devices that are not generally available. Unrestricted and full direct access to these tools and devices is possible, free of charge, at: Not provided
I.4) Type of the contracting authority
Ministry or any other national or federal authority, including their regional or local subdivisions
I.5) Main activity
General public services
Section II: Object
II.1) Scope of the procurement
II.1.1) Title: Climate Finance Accelerator - Monitoring Evaluation and Learning Partner
Reference Number: 4643/10/2020
II.1.2) Main CPV Code:
73210000 - Research consultancy services.
II.1.3) Type of contract: SERVICES
II.1.4) Short description: Evaluation services for the four-year Climate Finance Accelerator (CFA) programme covering Colombia, Mexico, Nigeria and up to six other countries to be identified.
The specific objectives of the contract are to:
i) Evaluate programme activities on a frequent basis to examine whether the CFA is achieving its intended outputs, outcomes and impact.
ii) Give strategic advice on adaptations that could improve programme performance.
iii) Lead on programme learning.
II.1.5) Estimated total value:
Value excluding VAT: 510,000
Currency: GBP
II.1.6) Information about lots:
This contract is divided into lots: No
II.2) Description
II.2.2) Additional CPV codes:
Not Provided
II.2.3) Place of performance:
UKI LONDON
II.2.4) Description of procurement: The Climate Finance Accelerator (CFA) Programme is part of the UK Government's commitment to addressing international climate change. The programme supports developing countries to improve the in-country supply chain of bankable, low-carbon projects. The programme will cover up to nine countries. This procurement is to identify an evaluation partner for CFA.
The CFA Evaluation Partner will undertake regular evaluation activity, which will assess whether programme outputs, outcomes and impact are being achieved. The =Partner will recommend how to maximise programme effectiveness, to ensure that the CFA is set to achieve transformational change in the countries it works in. The Partner will also assess the extent to which the CFA is securing value for money, thereby providing internal and external accountability for money spent, as well as providing inter- and cross-programme learning opportunities.
II.2.5) Award criteria:
Criteria below
Quality criterion - Name: Technical Criteria / Weighting: 70
Price - Weighting: 30
II.2.6) Estimated value:
Value excluding VAT: 510,000
Currency: GBP
II.2.7) Duration of the contract, framework agreement or dynamic purchasing system:
Duration in months: 48
This contract is subject to renewal: Yes
Description of renewals: If agreed by both parties, the Contract may be extended beyond the planned four-year contract duration by up to three years to complete tasks which may have been delayed in delivery, to complete an extension of the same evaluation activities linked to a similar extension of the CFA programme or to allow suitable time for handover to a new organisation following re-procurement of comparable services. Take up of any extension period is subject to the Authority’s approval and the continuing needs of the Contract.
The Authority reserves the right to increase the budget of the contract to cover any extension period, and this decision would be based on the Authority’s available funds and priorities, as well as an assessment of the programme’s performance and the performance of the Contractor.
II.2.10) Information about variants:
Variants will be accepted: No
II.2.11) Information about options:
Options: No
Description of options: Not provided
II.2.12) Information about electronic catalogues:
Tenders must be presented in the form of electronic catalogues or include an electronic catalogue: No
II.2.13) Information about European Union funds:
The procurement is related to a project and/or programme financed by European Union funds: No
Identification of the project: Not provided
II.2.14) Additional information: All tender documents are available for download from the BEIS Procurement Portal - Delta.
Section III: Legal, Economic, Financial And Technical Information
III.1) Conditions for participation
III.1.1) Suitability to pursue the professional activity, including requirements relating to enrolment on professional or trade registers
List and brief description of conditions:
Not Provided
III.1.2) Economic and financial standing
List and brief description of selection criteria:
Not Provided
Minimum level(s) of standards possibly required (if applicable) :
Not Provided
III.1.3) Technical and professional ability
List and brief description of selection criteria:
Not Provided
Minimum level(s) of standards possibly required (if applicable) :
Not Provided
III.1.5) Information about reserved contracts (if applicable)
The contract is reserved to sheltered workshops and economic operators aiming at the social and professional integration of disabled or disadvantaged persons: No
The execution of the contract is restricted to the framework of sheltered employment programmes: No
III.2) Conditions related to the contract
III.2.1) Information about a particular profession
Reference to the relevant law, regulation or administrative provision:
Not Provided
III.2.2) Contract performance conditions
Not Provided
III.2.3) Information about staff responsible for the performance of the contract
Obligation to indicate the names and professional qualifications of the staff assigned to performing the contract: No
Section IV: Procedure
IV.1) Description OPEN
IV.1.1) Type of procedure: Open
IV.1.3) Information about a framework agreement or a dynamic purchasing system
The procurement involves the establishment of a framework agreement - NO
In the case of framework agreements justification for any duration exceeding 4 years: Not Provided
IV.1.6) Information about electronic auction:
An electronic auction will be used: No
Additional information about electronic auction: Not provided
IV.1.8) Information about the Government Procurement Agreement (GPA)
The procurement is covered by the Government Procurement Agreement: Yes
IV.2) Administrative information
IV.2.1) Previous publication concerning this procedure:
Notice number in the OJ S: 2020/S 225 - 555002
IV.2.2) Time limit for receipt of tenders or requests to participate
Date: 03/03/2021 Time: 13:00
IV.2.4) Languages in which tenders or requests to participate may be submitted: English,
IV.2.6) Minimum time frame during which the tenderer must maintain the tender: Not Provided
IV.2.7) Conditions for opening of tenders:
Date: 03/03/2021
Time: 14:00
Section VI: Complementary Information
VI.1) Information about recurrence
This is a recurrent procurement: No
Estimated timing for further notices to be published: Not provided
VI.2) Information about electronic workflows
Electronic ordering will be used No
Electronic invoicing will be accepted No
Electronic payment will be used No
VI.3) Additional Information: The contracting authority considers that this contract may be suitable for economic operators that are small or medium enterprises (SMEs). However, any selection of tenderers will be based solely on the criteria set out for the procurement.
For more information about this opportunity, please visit the Delta eSourcing portal at:
https://www.delta-esourcing.com/tenders/UK-UK-London:-Research-consultancy-services./FC6387SUQH
To respond to this opportunity, please click here:
https://www.delta-esourcing.com/respond/FC6387SUQH
VI.4) Procedures for review
VI.4.1) Review body:
Department for Business, Energy and Industrial Strategy
1 Victoria Street, London, SW1H 0ET, United Kingdom
Tel. +44 2072152967, Email: internationalclimateandenergy.procurement@beis.gov.uk
VI.4.2) Body responsible for mediation procedures:
Not provided
VI.4.3) Review procedure
Precise information on deadline(s) for review procedures:
Not Provided
VI.4.4) Service from which information about the lodging of appeals may be obtained:
Not provided
VI.5) Date Of Dispatch Of This Notice: 22/01/2021
Annex A